The RFP Database
New business relationships start here

JDAM Sustainment Support for Assessment / Repair and Spares


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS - The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Armament Directorate, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing sustainment support for assessment/repair and spares for the following support equipment:  Universal Lifting Bar Assemblies; Lightweight Lift Bar Assemblies; Munitions Assembly Conveyors; Mobile Power Conditioning Units (MPCU); Six-inch Bomb Roller Assemblies (JDAM); Forklift Ramps; Bomb Rack Unit (BRU) 61 Maintenance, Inspection and Storage Stands; JDAM, LJDAM and EPII Tool Kits for ammunition maintenance; SDB I tool kits to support ammunition, armament and load technicians, Practical Explosive Ordnance Disposal (EOD) System Trainers (PEST) maintenance and Section Removal and Repair (SRR) actions; Bomb Stands; MK-83 and MK-84 JDAM Strake Alignment Tools; FMU-152 Fuze Adaptor Tools; and JDAM Spanner Wrenches.      
     

All interested vendors shall submit a response demonstrating their capability to provide sustainment support for these items to the Primary Point of Contact listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government's discretion.  Interested sources who can meet the performance requirements outlined above are invited to submit a Statement of Capabilities (SOC).  The SOC must include appropriate documentation to demonstrate the technical expertise/experience and equipment to asset/repair and provide spares for the identified support equipment.   The SOC shall be limited to 10 pages including attachments.  This acquisition will be limited to domestic sources. 



The NAICS Code assigned to this acquisition is 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing) with a size standard of 1000 persons.  Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. 

 

Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a sole source, full and open competition or as a set-aside for small business, or any particular small business program.  A decision as to whether this acquisition shall be full and open competition, small business set-aside or sole source shall be based on responses to this synopsis and other market research. 

 

CAPABILITIES STATEMENT:  All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed 10 pages.  Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

 

Interested companies must send acknowledgment of intent to submit a statement of capability within 7 calendar days of this announcement and submit the statement of capability within 13 calendar days later or within a total of 20 calendar days of this announcement to Karen Wagner at AFLCMC/EBDK, 314 W. Choctawhatchee Blvd, Bldg. 40, Eglin AFB, FL 32542 or to karen.wagner.1@us.af.mil. ; Responses shall be submitted electronically and all correspondence sent via email shall contain a subject line that reads "FA8681-17-X-0027" Sustainment Support for Support Equipment for Foreign Military Sales."  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB.  Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted.  Ensure office attachments do not contain macros; otherwise, Air Force network security will block macro-enabled attachments.

 

All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

 

Only government employees and government supporting contractors will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information.  These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 


An Ombudsman has been appointed to address concerns from offerors or potential offerors.  The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel.  When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting POC identified above.  The Ombudsman is Ms. Jill Willinghamallen, AFLCMC/AQP, located at Wright Patterson AFB, OH.  She may be contacted via email at jill.willinghamallen.1@us.af.mil or phone number (937) 255-5472.


C. David Shreve, Contract Specialist, Phone 8508833360, Email clyde.shreve@us.af.mil - Karen Wagner, Contracting Officer, Phone 8508833502, Email karen.wagner.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP